Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOLICITATION NOTICE

D -- Dial-tone Infrastructure Procurement System (DIPS) for the Tri-state Region of Washington, Oregon and Idaho

Notice Date
9/28/2011
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Management Service Center (AQSA), 400 15 St SW, Room 2757, Auburn, Washington, 98001, United States
 
ZIP Code
98001
 
Solicitation Number
GS10F12LPR0002
 
Point of Contact
Kimberlee N. Wallentine, Phone: 253-931-7183, Frank Parker, Phone: 253-931-7453
 
E-Mail Address
kimberlee.wallentine@gsa.gov, frank.parker@gsa.gov
(kimberlee.wallentine@gsa.gov, frank.parker@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Interested parties are encouraged to register through FBO using the "Add Me to the Interested Vendors" link on the Federal Business Opportunities (FBO) website. Vendors are also encouraged to register to receive notices about this announcement by using the "Watch This Opportunity" link on the FBO website. NOTE: The Government will NOT be maintaining a manual list of interested vendors. SOLICITATION DESCRIPTION: The objective of this Contract is to provide integrated telecommunications services, and any associated management, for the General Service Administration (GSA), Federal Technology Service (FTS), Office of Network Services, Northwest Arctic Region (here forward referred to as "GSA" and/or "the Government") at various locations throughout the states of Washington, Oregon, and Idaho. These services include but are not limited to analog and digital Centrex-like technology, individual business lines, data services, support systems to easily add new services, and consolidated management and integrated order processing systems with the highest level of reliability and support. Services must be commercially available, meet industry standards for performance and transmission, be capable of interfacing with GSA's existing and future long distance services, and have capabilities and capacities to meet current and potential Government needs. PROJECT DURATION: The Government anticipates an eleven (11) year contract performance period, inclusive of both base period and option periods. However, the extended period of performance is dependent upon receipt of all required approvals. If requisite approvals are not obtained prior to the release date of the Solicitation, the period of performance will be at least at least a five (5) years. Actual duration and period of performance shall be identified in the Solicitation upon its release. COMPETITION: Unrestricted. This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other businesses, or as a subcontractor Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12. An Offeror that is not a small business concern, offering to perform the resultant contract, will be required to submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. PROCUREMENT STRATGY: The successful offeror will be selected using the Best Value Source Selection process pursuant to the Federal Acquisition Regulation (FAR) Source Selection Procedures, FAR subpart 15.3. The successful offeror awarded the resultant contract shall be authorized to provide telecommunication services in all three of the tri-state region areas (i.e. Washington, Oregon and Idaho). Proof of this certification from the applicable authorities (i.e. State Public Utility Commissions, municipalities, etc.) shall be provided with submission of proposals. The solicitation shall require submission of proposals prepared in accordance with FAR Part 15. The solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award, using the best value trade-off approach, upon the basis of the initial offers without discussions. CONTRACT AWARD: GSA FAS R10 contemplates awarding one Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) type contract to the successful offeror that demonstrates the best value to the Government, price and non-price factors considered. SOLICITATION ISSUE DATE: The RFP will be issued electronically on or about 10/15/2011 on the internet at: http://www.fbo.gov/. CLOSING DATE: The closing date for receipt of proposals shall be specified in the RFP but is estimated to be on or about 11/15/2011. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSAL SUBMISSION AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/61dba71bdd2ffa5b154f58d27d6f004d)
 
Place of Performance
Address: 400 15th Street SW, Auburn, Washington, 98001, United States
Zip Code: 98001
 
Record
SN02596797-W 20110930/110929000742-61dba71bdd2ffa5b154f58d27d6f004d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.